Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 02, 2025 SAM #8437
SOLICITATION NOTICE

D -- Law Enforcement Systems and Analysis (LESA)

Notice Date
12/31/2024 11:22:27 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DETENTION COMPLIANCE AND REMOVALS WASHINGTON DC 20024 USA
 
ZIP Code
20024
 
Solicitation Number
RFILESA2024
 
Response Due
1/10/2025 11:00:00 AM
 
Archive Date
01/25/2025
 
Point of Contact
Diana Brozi, Eric M. Peterson
 
E-Mail Address
Diana.Brozi@ice.dhs.gov, eric.peterson@ice.dhs.gov
(Diana.Brozi@ice.dhs.gov, eric.peterson@ice.dhs.gov)
 
Description
Request for Information Law Enforcement Systems and Analysis (LESA) Professional Support Services for Technology, Transformation, Analysis, Reporting, and Strategic Guidance This is a Request for Information (RFI) for the procurement of services for Immigration and Customs Enforcement (ICE) Law Enforcement Systems and Analysis (LESA) Professional Support Services for technology, transformation, analysis, and reporting, and strategic guidance to augment its efforts towards ERO modernization and organizational transformation. Additional information on this contract is defined in the attached Draft Performance Work Statement (PWS). This is a follow-on program. Overview In accordance with Federal Acquisition Regulation (FAR) provision 52.215-3, this RFI is solely for informational and planning purposes. It does not constitute a request for proposal (RFP), nor does it restrict the government to any specific acquisition strategy. It describes only the currently contemplated scope of services and is subject to change in the final solicitation. By posting this RFI, Immigration and Customs Enforcement (ICE) aims to decrease the time to award, thereby delivering capabilities faster, encourage competition by providing interested vendors with an improved understanding of the goals and objectives for this procurement, and increase the likelihood of a successful outcome by refining evaluation techniques to identify the most qualified contractors. This RFI does not commit the government to contract for any supply or service. Further, the government is not seeking proposals at this time and will not accept unsolicited proposals. The government will not reimburse interested sources for any costs incurred in the preparation of a response to this notice and submittals will not be returned to the sender. No award will be made from this RFI. At its discretion, the government may conduct additional exchanges with industry in accordance with FAR 15.201. Industry Briefing / One-On-One Sessions As part of the RFI process, the government intends to host a virtual industry briefing via Microsoft Teams on 12/12/2024 from 9:00am to 11:00am Eastern Time (ET). Virtual one-on-one sessions will be scheduled for the following day 12/13/2024. The objective for hosting this briefing and one-on-one sessions is to further stimulate interest in the LESA program and answer questions to assist in preparation of capabilities statements prior to their due date. Any information received from industry as a result of the briefing will be used for market research to include determining if any small business set aside opportunities exist, procurement strategy, and allowing interested companies to network for potential teaming arrangements. All interested large and small businesses are welcome to attend. Requests to attend the virtual industry day briefing shall be submitted via the following link https://forms.office.com/g/sCfagvXcP3 by 11/29/2024 at 9:00 AM ET. The following information shall be included in your request: company name/address/UEI, Company Size under NAICS 541611, attendee email address, and whether you�d like to request a one-on-one session. It is anticipated that one-on-one sessions will be scheduled to occur between 9:00 AM and 3:00 PM ET. The government may not be able to accommodate all requests for one-on-one sessions due to limited availability. One-on-one sessions are intended to provide potential contractors/subcontractors in the industry with an opportunity to ask questions or provide information that will likely shape the requirement, or the offeror�s understanding of it. The purpose of these one-on-one sessions are for questions/information directly relate to this specific requirement. ICE will not discuss any other requirements outside of LESA in these meetings. An advanced copy of the industry day briefing power point presentation will be emailed to registered attendees as well as a link to join the virtual briefing and requested one-on-one sessions prior to the event. Following the industry day briefing, the government intends to provide written responses to all non-proprietary questions received. Acquisition Strategy The acquisition strategy is still under development and is not finalized. The Government is contemplating a Firm-Fixed price contract against GSA�s OASIS contract. The acquisition strategy will be partially dependent upon the solutions/alternatives presented because of this RFI. If you have any comments on acquisition strategy, please include it in your response. Response (shall not exceed 15 pages) After reviewing the attached draft PWS and this RFI, please advise if there are any questions or issues that should be addressed. Please use the attached excel worksheet to state your comments to the PWS and state the appropriate section. In addition to the general capabilities of interested firms, ICE requests responses to the following questions: What comments/questions does your company have on the PWS? What aspects are unclear and need potential clarification? Describe your company�s experience in supporting projects within the federal operational law enforcement and/or supporting Title 8 of the United States Code. Please provide the contract numbers, agencies, and POCs. How does your company distinguish itself from other companies that provide similar services? Describe your company�s strategies to collaborate with federal and contract personnel and effectively manage deliverables, project timelines, and milestones in a remote/hybrid working environment. How does your company manage knowledge transfer within your teams to ensure continuity and on-going project success? How does your company minimize attrition and maximize business continuity? How does your company manage client expectations and communication when dealing with stakeholders and challenges across multiple projects/initiatives? How does your company�s approach to monitoring contract deliverables and adhering to quality control processes? How does your company apply industry best practices in this? Describe your company�s potential readiness to achieve the optimal level of staffing to support the proposed scope. What information could the government provide that would allow your company to provide the most informed offer? Submissions The capabilities statement shall not exceed 15 pages, with a Times New Roman font type and 12-point or greater font size. A coversheet is excluded from the page limitation, shall not exceed two pages, and shall contain at a minimum the following information: � Company contacts information to include: � Firm name � Primary point(s) of contact with telephone number(s) and email address(es) � Firm mailing address and telephone number � Firm�s NAICS Code and socio-economic classification � UEI number and active System for Award Management (SAM) registration � Product service code(s) (PSC) The information provided may be used by the government in developing its acquisition strategy, performance work statement/statement of objectives, and/or performance specifications. All proprietary information shall be clearly marked. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Any material that is not marked will be considered publicly releasable. Responses to this RFI will not be considered quotes. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Quotations (RFQ) or Request for Proposals (RFP). The Government does not intend to issue any award based only on responses to this RFI. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI. ICE will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. Submission by all qualified interested firms shall be sent via email to the Contracting Specialist, Eric Peterson at eric.peterson@ice.dhs.gov, and the Contracting Officer, Diana Brozi at diana.brozi@ice.dhs.gov Submissions are due no later than 12:00 PM ET on 01/03/2025. The subject line of the email should read: �RFI: LESA�. Extraneous materials such as brochures will not be considered. Questions Questions shall be submitted in written form via email to eric.peterson@ice.dhs.gov AND diana.brozi@ice.dhs.gov by 12:00 PM ET on 12/18/2024. Responses to inquiries is at the government�s discretion. Telephone inquiries will not be addressed. This RFI is for the purpose of identifying potential sources as part of ICE�s market research. No solicitation exists; therefore, do not request a copy of the solicitation. The government reserves the right to hold one-on-one meetings because of responses received from this RFI as part of its market research. Meetings may be held with vendors who provide the most relevant or comprehensive responses to the questions posed. In addition, there may be a need to seek further clarification from those respondent(s) identified as capable. This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response. The government reserves the right to seek additional information from those vendors identified with unique solutions that are determined to be beneficial to the government. Currently no solicitation exists; therefore, PLEASE DO NOT REQUEST A COPY OF THE SOLICITATION. RFI Attachments Draft Performance Work Statement (PWS) Industry Feedback Worksheet OASIS Labor Categories OASIS Service Occupational Classifications
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f5e8a240a7cc407ba7e14ff5f5dbd782/view)
 
Place of Performance
Address: Washington, DC 20536, USA
Zip Code: 20536
Country: USA
 
Record
SN07303236-F 20250102/241231230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.